Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2022 SAM #7596
SOURCES SOUGHT

J -- RFI: Depot level repair and rebuild (R&R) of major assemblies and sub-assemblies for the HAWK Missile Systems

Notice Date
9/15/2022 11:18:58 AM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-22-R-0073
 
Response Due
9/30/2022 9:00:00 AM
 
Point of Contact
Ebony C Williams, Rhonda D Sledge
 
E-Mail Address
ebony.c.williams7.civ@army.mil, rhonda.d.sledge.civ@army.mil
(ebony.c.williams7.civ@army.mil, rhonda.d.sledge.civ@army.mil)
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY AND SHALL NOT BE CONSIDERED AS AN INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ), OR REQUEST FOR PROPOSAL (RFP).� ADDITIONALLY, THERE IS NO OBLIGATION ON THE PART OF THE GOVERNMENT TO ACQUIRE ANY PRODUCTS DESCRIBED IN THIS RFI. YOUR RESPONSE TO THIS RFI WILL BE TREATED ONLY AS INFORMATION FOR THE GOVERNMENT TO CONSIDER.� YOU WILL NOT BE ENTITLED TO PAYMENT FOR DIRECT OR INDIRECT COSTS THAT YOU MAY INCUR IN RESPONDING TO THIS RFI.� THIS REQUEST DOES NOT CONSITITUE A SOLICITATION FOR PROPOSALS OR THE AUTHORITY TO ENTER INTO NEGOIATIONS TO AWARD A CONTRACT.� NO FUNDS HAVE BEEN AUTHORIZED, APPROPRIATED, OR RECEIVED FOR THIS EFFORT.� THE INFORMATION PROVIDED MAY BE USED BY THE ARMY IN DEVELOPING ITS ACQUISTION STRATEGY.� INTERESTED PARTIES ARE RESPONSIBLE ADEQUATELY MARKING PROPRIETARY, RESTRICTED OR COMPETITION SENSISTIVE INFORMATION CONTAINTED IN THEIR RESPONSE.� THE GOVERNMENT DOES NOT INTEND TO PAY FOR THE INFORMATION SUBMTTED IN RESPOSNE TO THIS RFI.� THE RESPONSE DATE FOR THIS RFI IS 15 DAYS FROM DATE OF RFI/SOURCES SOUGHT ISSUANCE.� DEPOT LEVEL REPAIR AND REBUILD Overview: 1. The U.S. Government�s (USG) intent is to identify companies capable of operating a depot level repair and rebuild (R&R) of major assemblies and sub-assemblies for the HAWK Missile Systems belonging to various Foreign Military Sales Partners.� The major items to be repaired are mechanical and electromechanical parts and assemblies that are components of the following major end items and their major assemblies of the HAWK Missile Defense System: Continuous Wave Acquisition Radar (CWAR) PN: 11568205 NSN: 1430-01-078-9643 High Power Illuminator (HPI) PN: 13219212 NSN: 1430-01-191-8780 Hawk Battery/Platoon Command Post BCP PN: 13039013 NSN: 1430-01-180-5318 PCP AN/MSW-19 PN: 11568123 NSN: 1430-01-084-1131 Mobility BCP AN/MSQ-125 PN: 13384689 NSN: 1430-01-365-1714 Mobility PCP PN: 13235391 NSN: 1430-01-365-1715 HAWK Loader (Diesel and Gas configurations) GAS PN: 11675300 NSN: 1450-00-066-8873 HAWK Loader DIESEL Configuration PN: 8036057 NSN: 1450-00-768-7046 Hawk Digital Launcher PN: 13235388 NSN: 1440-01-364-3292 Hawk Analog Launcher PN: 10399005 NSN: 1440-00-805-3012 Digital Signal Processor � Sentinel Radar PN: 13548692 NSN: 1430-01-420-8077 Pulse Acquisition Radar PN: 11510155 NSN: 1430-01-042-4908 Field Maintenance Equipment SHOP 1 PN: 11568010 NSN: 4935-01-083-3129 SHOP 1 PN: 13233655 NSN: 4935-01-218-7089 SHOP 3 PN: 11566271 NSN: 4935-01-051-8691 SHOP 5 PN: 10104005 NSN: 4935-00-740-6220 SHOP 8 PN: 11569302 NSN: 4935-01-042-4909 SHOP 8 (TSM-178) PN: 13233658 NSN: 4935-01-218-7088 SHOP 20 (TSM-190) PN: 13234428 NSN: 4935-01-282-9256 SHOP 20 (TSM-202) PN: None NSN: 4935-01-389-9842 SHOP 21 (TSM-209) PN: None NSN: 4935-01-414-9929 SHOP 21 (TSM-181) PN: None NSN: 4935-01-256-3435 SHOP 23 PN: 13385540 NSN: 4935-01-378-0083 MTS PN: 10182605 NSN: 4935-00-782-1957 HAWK XXII � Phase 4 Battery Fire Distribution Center PN: 60184732-00 No NSN Battalion Operations Center PN: 60184731-00 No NSN 2. Interested vendors in responding to this RFI/sources sought shall provide a technical capabilities statement that describes the firm's expertise in performing the requirements (past experience and/or history with HAWK R&R) of this sources sought request. The technical capabilities statement shall include a cover page containing the company's name, address, CAGE code, Dun & Bradstreet number, years in business, affiliate information, parent company, joint venture partners, NAICS, business size/socio-economic status, government business point-of contact name, phone number, and e-mail address. �Additionally, the interested party shall provide a list of all current HAWK R&R contracts, if applicable. The technical capabilities statement provided in response to this Sources Sought Notice is NOT to be considered a response to a Request for Proposal (RFP). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses will not restrict the Government to a particular acquisition approach or be construed as a commitment by the Government. The Government will not pay for the information requested herein.� Evaluation results will not be provided to contractors responding to this sources sought.� No phone calls will be accepted. 3. All information received will be used for planning purposes only. It shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal, or as an obligation on the part of the USG to respond, or to acquire any products or services. 4. Any response to this synopsis will be treated as information only.� No entitlement to payment of direct or indirect costs or changes by the USG will arise as a result of contractor submission of responses to this synopsis.� The information provided may be used by the Army in developing it Acquisition Strategy and its Statement of Work/ Statement of Objective or Performance Specifications.� Not responding to this RFI does not preclude participation in any future RFP, if issues.� If the USG issues a solicitation, the solicitation will be synopsized on the SAM.gov website.� It is the responsibility of any potential offeror to monitor the SAM.gov website for additional information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ca85cfaba4d44edf92ed0235169c974d/view)
 
Record
SN06467745-F 20220917/220915230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.